Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2009 FBO #2740
SOLICITATION NOTICE

C -- Architect-Engineer services for engineering design and associated construction management for U.S. Army Engineer District, Galveston District.

Notice Date
5/26/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-09-R-0020
 
Response Due
6/29/2009
 
Archive Date
8/28/2009
 
Point of Contact
Jacqueline Adekanbi, 409.766.3100<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(jacqueline.b.adekanbi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: The Galveston District, U.S. Army Corps of Engineers requires the services of Architect Engineer (A-E) firms for a minimum of two Indefinite Delivery Contracts (IDC) for various projects within the Galveston District boundaries; however, the contract may be utilized by other entities of the Government. These contracts are being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. Up to two (2) indefinite delivery contract (IDC) will be negotiated and awarded with a base period not to exceed one year and three option periods not to exceed one year each. Exercising of the options will be at the discretion of the Government. Work will be issued by negotiated, firm-fixed-price task orders. The maximum quantity of services the Government may order is limited to ten million over the entire contract period and one million per Task Order except under conditions allowed by regulations and within the authority of the Contracting Officer. Minimum guaranteed amounts are $1,000 for the base year only. There shall be no guaranteed minimum for option periods, if exercised. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Galveston District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the South Western Division. The contract is anticipated to be awarded in August 2009. The task orders are firm fixed price. The contract may be in effect concurrently with other IDCs for the same and/or similar engineering services. Task orders will be placed with the Contractor that the Contracting Officer determines best qualified considering experience in the specific work requirement, familiarity with the work area, capacity to complete the task in the required time period, performance and quality of deliverables on previous orders, and/or distribution of work in relation to the effective period of each contract, if significantly less work has been awarded under the other contracts. This announcement is open to all businesses regardless of size. The North America Industry Classification System (NAICS) 541310; size standard $4.5 million. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by indentifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7004 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 70% of the work would go to small business; 6.2% to small disadvantaged business; 7.0% to women-owned business; 9.8% to HUBZone small business; 0.9% to service-disabled veteran-owned small business and 3.0% to Veteran-owned business. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registe4red in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ww.ccr.gov or by contracting the DOD Electronic Commerce Information Center at 1-800-334-3414. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. Technical Point of Contact: Willie Joe Honza, 409 766 3161, Contacting inquiries: Jacqueline Adekanbi 409 766 3100r PROJECT INFORMATION: Work includes support of engineering studies, designs, construction, operations and maintenance of various water resources projects such as flood control, navigation, beach restoration, site development, buildings, utilities, and supporting infrastructure, both civil and military. The work is anticipated to consist of: (1) Performing various engineering design studies, investigations, and surveys including geographic information system (GIS) related work; (2) Preparing design memoranda, design analyses, construction drawings and specifications, constructability reviews, construction ACPM networks, design review checklists, quantity surveys, cost estimates, risk and uncertainty analyses, storm water pollution prevention plans, engineering considerations reports for construction guidance, and other reports and descriptive text; (3) Accomplishing special studies such as geotechnical analyses of field boring logs and laboratory reports, hydraulic and hydrologic investigations, value engineering studies, and independent technical reviews and quality assurance of documents prepared by the firm or other firms by means of independent technical teams; and (4) Providing construction management services such as reviewing shop drawings and other submittals, making periodic site visits, preparing and reviewing change orders, reviewing and researching contract claims, performing quality control including sampling and testing, preparing as-built drawings, preparing lessons learned reports, and providing consultation and other related services as A-E involvement during construction. All value engineering (VE) team members must have completed 40 hours of VE training approved by the Society of American Value Engineers. Specifications must be prepared in Construction Specifications Institute (CSI) format using Government furnished SPECSINTACT software and be submitted on diskette in ASCII format, complete and ready for reproduction on CD-ROM. Cost estimate preparation will require IBM compatible equipment to operate Government furnished PC based Micro Computer Aided Cost Estimating System (MCACES) software. End products shall be submitted in hard copy and digital formats compatible with the District's word processor (Microsoft Word), spreadsheet (Microsoft Excel), and Computer Aided Design and Drafting (CADD) (Microstation File.dgn version 8 (to be coordinated with Galveston District) systems as required by the Contracting Officer. The files shall be delivered in DOS format on CD-ROM Disks. A means to unzip zipped files shall be provided or all files shall be made self-extracting. All electronic data shall be free of viruses. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by sub-criterion). Criteria a-e are primary while criteria f and g are secondary and will only be used as tie-breakers among the technically equal firms. The firm must demonstrate in its submission the capability to meet the following requirements: (a) Specialized experience and technical competence in: (1) Design (preparation of engineering appendices; design memorandums; design documentation reports: construction drawings, specifications and cost estimates; etc.) of flood control, navigation, other water resource projects, site development, buildings, utilities, and supporting infrastructure; (2) Preparation of other technical documents; (3) Construction management; and (4) Producing environmentally-sensitive design solutions and interfacing with a broad spectrum of environmental resource agencies and private groups; (b) Qualified personnel in the following key disciplines: (1) Civil, coastal, cost, electrical, geotechnical (soils), hydraulic (hydrologist), mechanical, structural, and value engineers; and architects; (2) CADD System Managers/Experts; (3) CADD operators; (4) draftspersons; (5) engineer technicians; (6) estimators; (7) landscape architects; (8) specification writers; (9) surveyors, and (10) construction representatives / inspectors. Work must be performed under the direction of licensed professional architects and engineers. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. The VE team leader must be certified by the Society of American Value Engineers as a Certified Value Specialist (CVS). The CADD System Manager/Expert must be experienced with both Microstation and AutoCADD systems; (c) Familiarity with conditions typical to the Texas coast such as marsh terrain, corrosive atmosphere, flooding, hurricanes, etc.; (d) Capacity to perform concurrently four (4) task orders of the same type work; (e) Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules; (f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team; and (g) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four copies of completed US Government Standard Form (SF) 330 for the prime firm and all firms which will be a part of the team. Submittals shall be mailed to ATTN: Jacqueline Adekanbi, Contracting Division, 2000 Fort Point Road, Galveston, Texas 77553-1229. Submittals must be received in this office no later than 3:00 P.M. Central Daylight Savings Time (CDST) June 29, 2009. SF 330's received after the time and date will not be considered. Only those firms responding to this announcement will be considered. The following additional information is to be provided by each firm responding in Block 30 of Part 1: (1) Firms Tax Identification Number (TIN) (if available). (2) Information on the proposed CADD systems to be utilized and how they will be compatible with the Galveston District's MicroStation PC version 8 system and the Districts work for others program which requires AutoCADD. All information must be included on the SF 330. Cover letter and other attachments will not be considered in the evaluation process. Telegraphic and facsimile SF 330's will not be accepted. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-R-0020/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01827636-W 20090528/090526235723-7248c93b543ca637018eab8d237f7a7f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.